SOLICITATION NOTICE
16 -- CARGO RESTRAINT SYSTEM FOR THE ENHANCED CONTAINER DELIVERY SYSTEM (ECDS)
- Notice Date
- 10/15/2002
- Notice Type
- Solicitation Notice
- Contracting Office
- US Army Robert Morris Acquisition Center, ATTN: AMSSB-ACN-S, Natick Contracting Division (R&D and BaseOPS), Building 1, Kansas Street, Natick, MA 01760-5011
- ZIP Code
- 01760-5011
- Solicitation Number
- DAAD16-02-R-0041
- Archive Date
- 2/13/2003
- Point of Contact
- Darlene Rideout, (508) 233-4125
- E-Mail Address
-
Email your questions to US Army Robert Morris Acquisition Center
(Darlene.Rideout@natick.army.mil)
- Small Business Set-Aside
- N/A
- Description
- NA The US Robert Morris Acquisition Center, Natick Contracting Division, Natick, MA, has a requirement to acquire a new cargo restraint system capable of containing combat loads weighing up to 10,000 lbs and restraining (securing) them on the ECDS platform fo r aerial transport and delivery (airdrop) operations from an altitude of 500 feet above ground level (AGL) using the gravity method of airdrop. Loads may be single items or comprised of multiple, odd-shaped bundles. The cargo system must be capable of in terfacing with the ECDS platform, which is similar to the 463L (HCU-6/E) pallet in length (108-in) and width (88-in), with similar tie-down provisions that will be supplemented by platform deck provisions. The ECDS cargo restraint shall be simple in des ign, maintenance, operation, and have the potential for refurbishment. The ECDS cargo restraint system must have the following capabilities: 1) Contain single or modular loads of 10,000 lbs (total rigged weight) and provide adequate restraint for aerial t ransport and delivery (airdrop); 2) Compatible with the ECDS platform and the 4633L pallet; 3) Capable of gravity release airdrop operations from an altitude of 500 feet AGL, at 140 to 150 knots indicated air speed (KIAS); 4) Durable, lightweight and reusa ble 12 times (threshold) and 25 times (objective); 5) Deliver loads in fully mission capable (FMC) condition with minimal modification to standard airdrop rigging (threshold) and FMC condition with no change to the airdrop rigging (objective); 6) Capable o f being rigged in a time not greater than the time required for current comparable CDS loads with like capacities (threshold) or less than time of currently required (objective); 7) Capable of storage in the same climate categories (hot, basic, and cold) a s current airdrop items; 8) Must be supportable by the standard Army logistics system, and maintainable by MOS 92R rigger personnel at organizational level; and 9) Must not degrade the overall performance of current airdrop operations. Emphasis will be gi ven to durable lightweight materials, simplified rigging procedures and low/simplified maintenance. The objective of this solicitation is to acquire, test and evaluate cargo restraint systems capable of meeting the aforementioned requirements. To be con sidered, offerors shall submit proposals with supporting analytical or test data and drawings of their product. The proposals and data submitted will be evaluated to determine the products ability to meet above requirements. Offerors of proposals that ar e determined to be acceptable after the initial evaluation and within the competitive range will be awarded a FFP purchase order to deliver 2 (minimum) to 10 (maximum) sample cargo restraint systems for testing and evaluation. The Government anticipates m ultiple awards for cargo restraint systems to test and evaluate. Test cargo restraint samples will undergo evaluation by Army users for fit, form and function, and will also be subjected to static and dynamic ground testing as well as airdrop testing. Af ter testing and evaluation, a down-select will be conducted by an Integrated Product Team (IPT) to determine a single offeror to be issued an Cost-Plus Award Fee (CPAF) IDIQ contract to deliver 10 (minimum) to 100 (maximum) ECDS cargo restraint systems. T hese items will be subjected to Developmental/Operational Testing (DT/OT) to determine if they satisfy all performance requirements identified in the RFP. Contract will contain a FFP option for the delivery of a Technical Data Package (to include complete drawings and detailed specifications). Upon completion of DT/OT testing, Optional FFP Production Delivery Orders CLINs will be exercised to meet the Army's estimated fielding of 50 (minimum) to 1,500 (maximum) ECDS cargo restraint systems. All intereste d firms, regardless of size, are encouraged to respond to this solicitation. Proprietary information will not be disclosed outside the U.S. Government. This a cquisition will be conducted on a full and open/unrestricted competitive basis. NAICS Code is 332999. Any concern employing 500 or fewer employees is considered a small business. This acquisition will utilize best value source selection. The Best Value Source selection will be based on the following factors: Technical, Management, Cost/Price, Past Performance, and Small and Small Disadvantaged Business Utilization. Technical is the most important factor. It is more important than Management, which is equal in importance to Cost/Price. Past Performance is less important than Management and Cost/Price and more important than Small and Small Disadvantaged Business Utilization Factor. The Request For Proposal (RFP) will be posted on the Natick Acquisitio n Web Site: https://www3.natick.army.mil on or about 1 November 2002 under Business Opportunities/Upcoming Acquisitions. The due date for receipt of RFPs will be 15 December 2002. All questions and/or inquiries must be submitted either by data-fax or E-mai l, TELEPHONE CALLS WILL NOT BE ACCEPTED. The E-mail address is Darlene.Rideout@natick.army.mil. The data-fax number is (508) 233-5286.
- Place of Performance
- Address: US Army Robert Morris Acquisition Center ATTN: AMSSB-ACC-NM, Natick Contracting Division (R&D and BaseOPS), Building 1, Kansas Street Natick MA
- Zip Code: 01760-5011
- Country: US
- Zip Code: 01760-5011
- Record
- SN00188310-W 20021017/021015213338 (fbodaily.com)
- Source
-
FedBizOpps.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's FBO Daily Index Page |